SOLICITATION NOTICE
99 -- High Field Superconducting Magnet System
- Notice Date
- 3/30/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-04-T-0038
- Response Due
- 4/7/2004
- Archive Date
- 5/10/2004
- Point of Contact
- Rachel A. Hock,(937) 257-6147 ext 4223
- E-Mail Address
-
Email your questions to rachel.hock@wpafb.af.mil
(rachel.hock@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- High Field Superconducting Magnet System: The solicitation number is FA8601-04- T-0038, is issued as a Request for Quotation (RFQ), North American Industry Classification System (NAICS) code 334516, Standard Industrial Classification (SIC) code 3826 (size standard 500 employees). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. This acquisition is 100% set aside for small business. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. The proposed contract is for the purchase of: One high field superconducting magnet system including the minimum technical specifications: 1) Horizontal field split pair magnetic and power supply; 2) Central magnetic field of 8Tesla (T) at 2.2 degrees Kelvin (K) and 7 T at 4.2 degree K; 3) Homogeneity of 0.6% over a 10 mm distance; 4) Magnetic field stability in persistent mode of 1 x 10-4 per hour; 5) No more than 0.18 liter per hour liquid helium consumption rate with no field; 6) No more than 0.95 liter per hour liquid helium consumption rate at full field; 7) Minimum Dewar size of 20 liters of usable helium providing a hold time of greater than 100 hours; 8) Integral Variable temperature Insert including a) 25 mm diameter sample space; b) Temperature Sensor range of 4.2 to 300K measured at heat exchanger; c) Automatic needle valve operated via ITC controller; d) off horizontal optical windows. 2 Windows parallel to the field and 2 perpendiculars to the field; e) Window material must be Quartz; f) Sample rod movement of ? 15 mm axial and 360 degree rotation. 9) Temperature controller and heater control board; 10) Liquid Nitrogen and Liquid Helium level meter; 11) Flexible liquid Helium transfer tube; 12) Extra sample holder; 13) Calibrated Cernox sensor and heater wired to the sample rod; 14) Helium Pumping System consisting of a) 40-cubic meter rotary pump; b) 2- meter long flexible pumping line and valve; c) all necessary cables; and 15) On-site installation and training. The government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: price, technical, past performance, and delivery time. To demonstrate full understanding of the Government+s requirement, quotes must include a formal point-by-point response addressing each technical specification identified in the SOW. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics document. A copy of FAR Clause 52.212-3, Contractor Representations and Certifications- Commercial Items, must be completed and submitted with quotation. A copy is available under this solicitation number at http://www.pixs.wpafb.af.mil/. FOB point is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (F.O.B. Destination) prices. The following FAR Provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial; and 52.212-3, Contractor Representations and Certifications apply to this acquisition. The following FAR Clauses apply to this acquisition: 52.208-8, Required Sources for Helium and Helium Usage Data; 52.219-6, Notice of Small Business Set Aside; 52.204-7,Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Vets of the Vietnam Era and Other Eligible Veterans; 52.222-38, Compliance with Veteran Employment Reporting Requirements; 52-225-1, Buy American Act Balance of Payments Program; 52.225-13, Restrictions on Certain Foreign Purchases; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- -Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.232- 33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- -Commercial Items (for paragraph (b), the following applies: 252.225-7001, Buy American Act and Balance of Payments Program); 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. No special format or form is required for your quote; however, you must include a completed copy of FAR 52.212-3, Representations and Certifications. A copy can be found at http://www.pixs.wpafb.af.mil/. Any quotations should be faxed to Rachel Hock, 88 ABW/PKSB, 937-257-3936, or e- mailed to Rachel.Hock@wpafb.af.mil no later than NOON (Eastern Standard Time), Wednesday, 7 April 2004. Any questions should be directed to Rachel Hock at 937-257-6147 x4223. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 04T0038--High Field Superconducting Magnet System please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0038/04T0038.asp
- Web Link
-
04T0038-High Field Superconducting Magnet System
(http://www.pixs.wpafb.af.mil/pixslibr/04T0038/04T0038.asp)
- Place of Performance
- Address: Wright-Patterson AFB OH
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN00556539-W 20040401/040330211932 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |